Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

J -- USNS SAN JOSE RADAR REPAIR/REPLACEMENT

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 242-2, BUILDING 242-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-R-3014
 
Response Due
1/30/2007
 
Archive Date
2/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-07-R-3014, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 541330 applies. The small business size standard is 100 employees. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following: contract line item number (CLIN) 0001: labor and travel to replace the 3CM & 10 CM radars on the SAN JOSE (See detailed specifications below). (CLIN) 0002: Material to replace radar system. (See detailed specifications below) FOB Destination. Material must be installed on the ship in Guam from 5 - 30 March 2007. All work must be completed by 30 March. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4640. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 29 Jan 2007, 2:00 PM EST. Offers can be emailed to julia.fulmer@navy.mil or faxed to 757-417-4640 Attn: Julia Fulmer. Reference RFP N40442-07-R-3014 on your quote. Award will be made to the lowest priced responsible offeror who can meet the required delivery date and proposes to provide OEM parts. STATEMENT OF WORK: Request contractor provide services to install and perform the following work: Radar Equipment: - ARPA X AND S BAND BRIDGEMASTER RADARS, BULKHEAD, IN NEW VISION FT 340 CABINETS WITH DECKSTANDING SLAVE RADAR BRIDGEMASTER E 340 DECKSTAND FLAT PANEL X BAND (BULKHEAD TX/RX) SYSTEM TO CONSIST OF: MODEL: ARPA 342/8/B/FS3/V3 ? 8 FOOT ANTENNA ? 25 KW TX/RX ? 23?HIGH RESOLUTION 340 DECK STANDING FLATPANEL DISPLAY ? SECONDARY VIEWER/VDR OUTPUT - STANDARD ? AIS SOFTWARE ON RADAR - STANDARD ? MEMORY CARD MAP STORAGE ? KEYBOARD UNIT - STANDARD ? TRACKERBALL CONTROL ? 67M X BAND RADAR INSTALLATION KIT ? 30M X BAND WAVEGUIDE KIT ? X BAND PERFORMANCE MONITOR ? Special Compass Interface BRIDGEMASTER E 340 DECKSTAND FLAT PANEL S BAND (BULKHEAD TX/RX) SYSTEM TO CONSIST OF: MODEL: ARPA 343/12/B/FS3/V3 ? 12 FOOT ANTENNA ? 30KW BULKHEAD TX/RX ? 23 INCH HIGH RESOLUTION 340 DECK STANDING FLAT PANEL DISPLAY ? SECONDARY VIEWER/VDR OUTPUT - STANDARD ? AIS SOFTWARE ON RADAR - STANDARD ? MEMORY CARD MAP STORAGE ? KEYBOARD UNIT - STANDARD ? TRACKERBALL CONTROL ? 67M S BAND RADAR INSTALLATION KIT ? 30M S BAND COAXIAL CABLE KIT ? S BAND PERFORMANCE MONITOR ? Special Compass Interface 2 X 4 INTERSWITCH UNIT W/INTERSWITCH CABLE KIT ISOLATION SWITCH For S-Band Power SLAVE RADAR FOR THIRD RADAR SYSTEM MODEL: ARPA DISPLAY 340 E FS3 TO CONSIST OF: ? 340 ARPA DECKSTANDING DISPLAY W/23 INCH HIGH RESOLUTION FLAT PANEL MONITOR, ARPA PROCESSOR INCLUDING MEMORY CARD MAP STORAGE AND TRACKERBALL/KEYBOARD INTERFACE. ? VDR/SECONDARY RGB OUTPUT FITTED ? AIS DISPLAY CAPABILITY ? Special Compass Interface SUBMIT INVOICES TO: Military Sealift Fleet Support Command Code N822 P.O. Box 120 Camp Pendleton Virginia Beach, VA 23458-0120 Attn: Frances Amason Ph: 757-417-4423 Fax: 757-417-4431 NOTES 1. A copy of the purchase order must be submitted with the invoice. 2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable. Yard Period is from 5 March through 30 March 2007 at Santa Rita Guam. OEM Representative to be present to accomplish installation and testing. UNITS ARE TO BE SHIPPED TO: Military Sealift Fleet Support Command Commanding Officer SSU GUAM Bldg 6060 Santa Rita Guam NOTE: See attached Security Requirements (1) Area Clearance Request for Contractor REPS Traveling OCONUS (2) Letter for Base Access Authorization Request (3) Anti-Terrorism Training Site
 
Place of Performance
Address: Military Sealift Fleet Support Command, Commanding Officer, SSU GUAM, Bldg 6060, Santa Rita Guam
Zip Code: 96915-3010
Country: GUAM
 
Record
SN01217604-W 20070125/070123221007 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.